Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

70 -- Enterprise Business System Support and Development

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
1981 Monahan Way Building 12, Room 107 WPAFB, OH, 45433
 
ZIP Code
45433-7218
 
Solicitation Number
EBS-SS
 
Response Due
4/27/2005
 
Archive Date
5/27/2005
 
Point of Contact
Chad Sessler,937-255-5648
 
E-Mail Address
chad.sessler@wpafb.af.mil
(chad.sessler@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) This is a sources sought synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This market survey is conducted to identify potential sources capable of meeting the requirements for providing software lifecycle support to the Air Force Research Laboratory (AFRL) Enterprise Business System (EBS) Program office at Wright-Patterson Air Force Base (WPAFB). A proposed draft Statement of Work and Capability Package are attached to provide respondents a better understanding of the needs of the Air Force Research Laboratory and the respondent's potential ability to meet the Government's requirements. The Air Force Research Laboratory (AFRL) Enterprise Business System (EBS) program office analyses AFRL requirements in conjunction with AFRL, AFMC, and AF policy to deliver integrated, enterprise solutions to its customers throughout the Lab. The EBS Development and Support contract seeks to ensure an effective and responsive delivery capability for emerging AFRL requirements. This includes tasks related to many stages of the software acquisition lifecycle process. Performance is to begin not later than 6 Sep 2005. The contractor will be required to provide all personnel, supervision and other items necessary to manage this task as outlined in the accompanying draft Statement of Work. The software lifecycle support includes, but is not limited to, Project Management, Application Development, Planning, Implementation, Systems Integration, Systems Support, Configuration Management, Requirements Development, Requirements Analysis, Risk Management, Technology Evaluation, Data Management, Application Support, and Training. This effort will provide the full spectrum of activities needed to support AFRL Scientists, Engineers, Business Managers, and AFRL customers. This effort will require a current National Agency Check Clearance. The Air Force anticipates that this contract period will be 5 years, a basic effort with four one-year options. All respondents are required to prove that the team to be performing under the EBS contract has been assessed by the Software Engineering Institute's (SEI) Capability Maturity Model Integration (CMMI) as Level 3 or higher. The development and support roles outlined in the SOW need to be performed, managed, and defined (as described by the SEI) from both a Systems and Software Engineering standpoint. All interested parties shall submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. Foreign contractor participation at the prime level is not permitted. The capabilities package requirements are to be presented in accordance with the attachments entitled "Capabilities Package." Your package should demonstrate capabilities, expertise and past performance relevant to the requirements cited above. Your Capabilities Package should not exceed 15 pages and should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; Certification of small business status; GSA Schedule 70 contract number and expiration. Please submit two (2) copies of your responses to: AFRL/PK, Attn: Scott Sizemore, 1981 Monahan Way, Room 107, WPAFB, OH 45433. Packages should be submitted no later than 2:00 pm, EST, April 27, 2005. No facsimile or e-mail responses will be accepted. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for this or related effort, a combined synopsis/solicitation will be published and posted on the PIXS and other websites, as appropriate. Firms responding should indicate if they are a large or small business (i.e., small, small disadvantaged, 8(a), HUBZone, WOB or service disabled veteran- owned small business) in relation to NAICS code 541512. For purposes of this acquisition, a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and its affiliates; and its annual receipts do not exceed $21M. The Air Force reserves the right to consider a small business set-aside based on responses to this synopsis. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set- aside decision. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. If you have any questions, you may contact Scott Sizemore at (937) 255-3079, email Scott.Sizemore@wpafb.af.mil, or 1Lt Chad Sesser at (937) 255-5648, email chad.sessler@wpafb.af.mil. CAPABILITY PACKAGE For AFRL EBS DEVELOPMENT AND SUPPORT BACKGROUND: The Air Force Research Laboratory (AFRL) Enterprise Business System (EBS) program office analyses AFRL requirements in conjunction with AFRL, AFMC, and AF policy to deliver integrated, enterprise solutions to its customers throughout the Lab. The EBS Development and Support contract seeks to ensure an effective and responsive delivery capability for emerging AFRL requirements. This includes tasks related to many stages of the software acquisition lifecycle process. Performance is to begin not later than 6 Sep 2005. The contractor will be required to provide all personnel, supervision and other items necessary to manage this task as outlined in the accompanying draft Statement of Work. PURPOSE: The objective is to acquire a comprehensive set of software lifecycle services to support the missions of the Air Force Research Laboratory and the Information and Operations Directorate (AFRL/DI). As a minimum, this will consist of the following: Project Management, Application Development, Planning, Implementation, Systems Integration, Systems Support, Configuration Management, Requirements Development, Requirements Analysis, Risk Management, Technology Evaluation, Data Management, Application Support, and Training. REQUEST FOR CAPABILITY PACKAGE: Request your firm submits information as to its capability to perform the tasks set forth in the attached draft Statement of Work (SOW). DATE DUE: To be considered, packages must be received in the buying office not later than 2:00 pm, EST, April 27, 2005. No facsimile or e-mail responses will be accepted. Interested parties are encouraged to telephone if they have any questions. (See below for address and telephone number). PACKAGE REQUIREMENTS: 1. Review draft Statement of Work for task descriptions of work to determine your capability and capacity to perform this effort. 2. Provide a brief description of your team's capability and capacity to manage the following tasks. Address briefly how you/your team will perform this work. Please address in the order listed below: A. Project Management B. Application Development C. Planning D. Implementation E. Systems Integration F. Systems Support G. Configuration Management H. Requirements Development I. Requirements Analysis J. Risk Management K. Technology Evaluation L. Information Management M. Application Support N. Training 3. Provide no more than five contract history matrices for any contract relevant to this effort (include information ONLY for work performed within the last three years). This matrix does not count towards the page limit. The matrix shall contain the following: A. The title of service provided B. Contract Number C. Customer D. Customer Phone and e-mail address E. Period of Performance F. Approximate dollar value for all relevant contracts G. Description of service performed 4. Describe your experience in efforts of similar size and complexity. Please describe your anticipated plan for this effort. 5. Provide information as to the extent subcontracting/teaming is anticipated. Indicate specific functional areas and tasks for which subcontracting/teaming will be relied. 6. Address your approach to initial staffing. 7. Address your approach to obtaining National Agency Checks (NACs) and possibly Secret Clearances for certain positions. 8. Please provide the following information for your firm: A. Company Name B. Address C. Phone number D. Fax number E. E-mail F. Point of contact information G. Existing GSA schedules. Please indicate whether you are a small business, 8(a), veteran owned, small disadvantaged business, HUB Zone business, Woman Owned small business or a service disabled veteran owned small business. 9. Limit responses to a total page limit of 15 pages. Each page shall be formatted for 8 1/2" x 11" paper. Pages shall be single-spaced and one- sided. The font shall be Time New Roman and no smaller than 10pt with at least a one-inch margin. Covers, tab dividers, title pages, glossaries, and table of contents are not required. Please submit your responses in a Microsoft Word compatible file. Point of Contact: Scott Sizemore AFRL/PK 1981 Monahan Way, Room 107 Wright-Patterson AFB OH 45433 (937) 255 - 3079 Scott.Sizemore@wpafb.af.mil For more information on EBS-SS--Enterprise Business System Support and Development please refer to http://www.pixs.wpafb.af.mil/pixslibr/EBS-SS/EBS-SS.asp NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
EBS-SS-Enterprise Business System Support and Development
(http://www.eps.gov/spg/USAF/AFMC/ASC/EBS-SS/listing.html)
 
Place of Performance
Address: 1981 Monahan Way Building 12, Room 107 WPAFB, OH
Zip Code: 45433
Country: USA
 
Record
SN00787268-F 20050415/050413213601 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.